Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2020 SAM #6737
SOURCES SOUGHT

99 -- Renovation of Admin Facility - WPAFB, OH

Notice Date
5/8/2020 10:51:25 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-20-AdminFacility-WPAFB
 
Response Due
5/29/2020 12:00:00 PM
 
Archive Date
06/13/2020
 
Point of Contact
Jessica Moss, Phone: 502-315-6179
 
E-Mail Address
jessica.k.moss@usace.army.mil
(jessica.k.moss@usace.army.mil)
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is a design, bid, build (Construction) requirement. Comprehensive interior and exterior renovation and space consolidation of Facility 20016 (approximately 231,700 SF total).� Work includes phased demolition, lead and asbestos abatement and other hazardous material mitigation, site restoration, and seismic mitigation.� Interior renovation includes replacement of utility systems (HVAC, plumbing, power, lighting and communications), remove, relocate and construct non-load bearing walls, construct a fire wall between the Phase I and Phase II areas, install and repair fire detection/suppression systems, replace interior finishes, and renovate 64,325 SF of secure space in the basement in accordance with Intelligence Community Directive (ICD) 705.� Exterior repair includes window, door and clerestory light replacement with energy-efficient windows and doors, repair exterior finishes and repair clerestory roofs.� All work to comply with DoD minimum Antiterrorism Standards for buildings per Unified Facilities Criteria and all applicable Air Force Instructions. Contract duration is estimated at 1,260 calendar days. The estimated cost range is between $25,000,000.00 and $100,000,000.00. NAICS code is 236220. All interested Small Business, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email to Jessica Moss at Jessica.K.Moss@usace.army.mil on 29 May 2020 by 3:00 PM Eastern Time. If interested in subcontracting opportunities rather than performing as the Prime Contractor on this procurement, please be sure to identify the feature(s) of work you are interested in and your socio-economic category (Small Business, Veteran-Owned Small Business, Service-Disabled Veteran Owned Business, HUBZone Small Business, Small Disadvantaged Business, and Women-Owned Small Business).� Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience � Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference.� References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope.� a. Projects similar in scope to this project include but are not limited to: Renovation of ICD 705 compliant secure space and phased renovation of interior spaces, including replacement of modular furniture, interior lighting, power, communication systems, HVAC systems, plumbing, flooring, wall/ceiling finishes, and Fire, Life Safety and Intrusion Detection Systems. b. Projects similar in size to this project include but are not limited to: Interior and exterior renovation of multi-use building to include at least 90,000 SF, with work subdivided into a minimum of two distinct phases. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project.� 3. Size of the project. 4. The percentage of work that was self-performed as project. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Jessica.K.Moss@usace.army.mil. If you have questions please contact Jessica Moss at (502) 315-6179. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dd6a985aa80f497691761ab1cd8cf4a2/view)
 
Record
SN05652188-F 20200510/200508230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.